Standard Bidding Documents - FATA TDP (ERP)

50
Standard Bidding Documents For Renovation/Up gradation of Sites for FATA TDP-ERP NCB/TDP-R-U/93 National Competitive Bidding Procurement of Goods PART TWO (PROCUREMENT SPECIFIC PROVISIONS) National Database & Registration Authority (NADRA) G-5/2, Islamabad Pakistan

Transcript of Standard Bidding Documents - FATA TDP (ERP)

Page 1: Standard Bidding Documents - FATA TDP (ERP)

Standard Bidding Documents

For

Renovation/Up gradation of Sites for FATA TDP-ERP

NCB/TDP-R-U/93

National Competitive Bidding

Procurement of Goods

PART TWO (PROCUREMENT SPECIFIC PROVISIONS)

National Database & Registration Authority (NADRA)

G-5/2, Islamabad

Pakistan

Page 2: Standard Bidding Documents - FATA TDP (ERP)

ii Preface

PROCUREMENT DOCUMENTS

Bidding Document for

Procurement of Goods

Renovation/Up gradation of Sites for FATA TDP-ERP

NCB No: NADRA-TA/93/R-U/19

Project: FATA Temporarily Displaced Persons Emergency Recovery

Project

Purchaser: National Database & Registration Authority (NADRA),

Islamabad

Country: Pakistan

Issued on: September 08, 2019

Bid Submission & Opening on: October 10, 2019

Pre-Bid Meeting on: September 26, 2019

Page 3: Standard Bidding Documents - FATA TDP (ERP)

1

Table of Contents - Part Two

SECTION I. INVITATION FOR BIDS .............................................................................................. 2

SECTION II. BID DATA SHEET ....................................................................................................... 5

SECTION III. SPECIAL CONDITIONS OF CONTRACT ............................................................... 9

TABLE OF CLAUSES .................................................................................................................................. 9

SECTION IV. SCHEDULE OF REQUIREMENTS ........................................................................ 15

SECTION V. TECHNICAL SPECIFICATIONS ............................................................................. 16

SECTION VI. SAMPLE FORMS...................................................................................................... 35

SAMPLE FORMS ..................................................................................................................................... 35

1. Bid Form and Price Schedules .................................................................................................... 36

2. Bid Security Form ....................................................................................................................... 39

3. Contract Form ............................................................................................................................. 40

4. Performance Security Form ........................................................................................................ 41

5. Bank Guarantee for Advance Payment ....................................................................................... 42

6. Manufacturer’s Authorization Form ........................................................................................... 43

SECTION VII. ELIGIBILITY FOR THE PROVISION OF GOODS, WORKS, AND SERVICES

IN BANK-FINANCED PROCUREMENT ........................................................................................ 44

SECTION VIII - FRAUD AND CORRUPTION……………………………………………………31

Page 4: Standard Bidding Documents - FATA TDP (ERP)

2

Part Two

Section I. Invitation for Bids

Invitation for Bids (NCB)

Renovation/Up gradation of Sites for FATA TDP-ERP Date: 8th September 2019

Credit No: 61390-PK

IFB NO: NCB/TDP-R-U/93

1. The Government of Pakistan has received a credit from the International

Development Association (IDA) towards the cost of FATA Temporarily Displaced Persons

Emergency Recovery Project. It is intended that part of the proceeds of this credit will be

applied to eligible payments under the contract for Renovation/Up gradation of Sites for

FATA TDP-ERP.

2. The National Database & Registration Authority (NADRA) now invites sealed bids

from eligible bidders for the supply of Renovation/Up gradation of Sites FATA TDP-ERP

as follows:-

LOT (s) No. Addresses

LOT No.1 Basic Health Unit(BHU) Kotkai Charmang,Tribal

District Bajaur ,KPK.

LOT No.2 Category-D Hospital Mamund, Tribal District

Bajaur,KPK.

LOT No.3 Rural Health Center Maimool Barang, Tehsil

Maimool Barang, Tribal District Bajaur,KPK.

LOT No.4 DHQ Hospital Ghalanai, Tehsil Ghalanai, Tribal

District Mohmand,KPK

LOT No.5 Rural Health Center (RHC) Ekkaghund, Tehsil

Ekkaghund, Tribal District Mohmand, KPK.

LOT No.6 Tehsil Office Near FC Fort Spinwam, Tribal District,

North Waziristan ,KPK.

LOT No.7 Basic Health Unit (BHU) Asim Shaheed Naka, Tehsil

Ghilzo, Tribal District, Orakzai,KPK.

LOT No.8 GSM Kuraiz, Ali Kalay, Tribal District,

Orakzai,KPK.

Page 5: Standard Bidding Documents - FATA TDP (ERP)

3 Part Two - Section I. Invitation for Bids

LOT No.9 Government Boys School Khar Kali, Tribal District

Kurram,KPK.

LOT No.10 MHF(Modern Health Facility) Ladha, Tehsil Ladha,

Tribal District ,South Waziristan,KPK.

LOT No.11 NADRA Office Waana Tehsil Building near PTCL

Exchange Waana, Tribal District,South

Waziristan,KPK.

3. Bidding will be conducted through the National Competitive Bidding (NCB)

procedures as specified in the World Bank’s Procurement Regulations for IPF Borrowers :

PROCUREMENT IN INVESTMENT PROJECT FINANCING Goods, Works, Non-

Consulting and Consulting Services July 2016, Revised November 2017 and August 2018

(“Procurement Regulations”), and is open to all eligible bidders as defined in the

Procurement Regulations. In addition, please refer to paragraphs 3.14 and 3.15 setting forth

the World Bank’s policy on conflict of interest.

4. Interested eligible bidders may obtain further information from National Database &

Registration Authority (NADRA), Procurement Specialist, FATA TDP-ERP,

[email protected] and inspect the bidding documents during office hours 0930 to 1630 hours

at the address given below. Qualification requirements include for All LOTS:

i. Documentary evidence/Certificate of Registration of company.

ii. Having last three (03) years of experience in the renovation/up gradation work

of similar worth in at least three (03) organizations (nationally).Valid Copies

of previous purchase orders/contracts must be attached with the bids. Must

also attach the satisfactory previous job completion certificates with the bids.

iii. The bidders must have verifiable presence in Pakistan. (Provide addresses,

phone, fax numbers, e-mail address as well as names and designations of

responsible persons for each location.)

iv. The Local bidder(s) must submit National Tax No. and Sales Tax No.

Certificates. Bidders must be on the active taxpayers list (Income & Sales

Tax) at FBR.

5. A complete set of bidding documents in English may be purchased by interested

bidders on the submission of a written application to the address given below and upon

payment of a nonrefundable fee of PKR 1,000/- or equivalent amount in USD in favor of

“National Database & Registration Authority (NADRA) TDP-ERP, Islamabad”. The

method of payment will be demand draft/pay order. The document will be sent by air

mail/courier on payment of an extra amount of PKR.1, 000/- or equivalent amount in USD

and may also be collected in person. Bidding documents can be seen at

http://fatatdp.nadra.gov.pk/downloads/.

6. The provisions in the Instructions to Bidders and in the General Conditions of

Contract are the provisions of the World Bank Standard Bidding Documents: Procurement

of Goods for National Competitive Bidding, Pakistan, Part One.

Page 6: Standard Bidding Documents - FATA TDP (ERP)

4 Part Two - Section I. Invitation for Bids

7. Bids must be delivered to the address given below on or before 2.30 p.m. on 10th

October 2019 and must be accompanied by a security of Bid Security of 2% of the total bid

value or an equivalent amount must be in the form of Pay orders/ Bank Guarantee / demand

drafts in a freely convertible currency.

8. Bids will be publicly opened in the presence of bidders’ representatives and anyone

who choose to attend at 3.00 p.m. on 10th October 2019 at the address given below.

Electronic bidding will not be permitted. Late bids will be rejected. Pre-bid meeting will be

held on 26th September 2019 at 2.30 p.m. at the address given below.

9. The bidders are requested to give their best and final prices as no negotiations are

expected.

10. The address (es) referred to above (are):

Procurement Specialist

FATA Temporarily Displaced Persons Emergency Recovery Project

3rd Floor, G-10 Project Office, Regional Head Office (RHO), Mauve Area, G-10/4,

National Database & Registration Authority (NADRA),

Islamabad, 44000, Pakistan.

Tel: +92-51-9039-2255

Fax: +92-51-9108352

E-mail: [email protected]

Website:http://fatatdp.nadra.gov.pk

Page 7: Standard Bidding Documents - FATA TDP (ERP)

5

Section II. Bid Data Sheet

Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or

amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a

conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Name of Borrower: Government of Pakistan

ITB 1.1 Credit number: 61390-PK

ITB 1.1 Name of Project: FATA Temporarily Displaced Persons

Emergency Recovery Project

ITB 1.1 The name and identification number of the NCB are:

Renovation/Up gradation of Sites for FATA TDP-ERP.

NCB No: NADRA-TA/93/R-U/19

ITB 4.1 Name of Purchaser: National Database & Registration Authority

(NADRA), Islamabad.

ITB 6.1 For Clarification of bid purposes only, the Purchaser’s address is::

Attention: Mr. Rizwan Khalid

Procurement Specialist

FATA TDP-ERP

Address : 3rdFloor, G-10 Project Office, Regional Head Office

(RHO) Mauve Area, G-10/4, National Database & Registration

Authority (NADRA) City: Islamabad

ZIP Code: 44000

Country: : Pakistan

Telephone: +92-51-9039-2255

Facsimile number: +92-51-9108352

Electronic mail address: [email protected]

Requests for clarification should be received by the Employer no

later than: 15 days after advertisement

ITB 8.1 The language of the bid is: English

All correspondence exchange shall be in English language.

Page 8: Standard Bidding Documents - FATA TDP (ERP)

6 Part Two - Section II. Bid Data Sheet

Bid Price and Currency

ITB 11.2

The price quoted shall be delivered duty paid (DDP) prices.

ITB 11.5 The prices shall be fixed.

ITB 12.1 The prices shall be quoted by the bidder in: Pak Rupees (PKR.)

All payments shall be made only in local currency i.e. PKR.

Preparation and Submission of Bids

ITB 13.3 (d) Qualification requirements.

LOT No. 1 to LOT No. 11:-

i. Documentary evidence/Certificate of Registration of

company.

ii. Having last three (03) years of experience in the

renovation/up gradation work of similar worth in at

least three (03) organizations (nationally).Valid

Copies of previous purchase orders/contracts must be

attached with the bids. Must also attach the

satisfactory previous job completion certificates with

the bids.

iii. The bidders must have verifiable presence in

Pakistan. (Provide addresses, phone, fax numbers, e-

mail address as well as names and designations of

responsible persons for each location.)

iv. The Local bidder(s) must submit National Tax No.

and Sales Tax No. Certificates. Bidders must be on

the active taxpayers list (Income & Sales Tax) at

FBR

ITB 15.1 A Bid Security shall be required.

The amount and currency of the bid security shall be 2% of the

total bid value in the currency of bid.

The bid security shall, at the Bidder‘s option, be –

i) in the form of a bank guarantee and the named

beneficiary shall be “ National Database &

Registration Authority (NADRA) TDP-ERP,

Islamabad ”. The bank guarantee shall be issued by

a bank located in the country of the Purchaser

(Nationalized or Scheduled Bank in Pakistan) or by

a foreign bank through a correspondent Bank located

Page 9: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section II. Bid Data Sheet 7

in the country of the Purchaser (Nationalized or

Scheduled Bank in Pakistan), to make it enforceable.

The bank guarantee shall be in the format provided

in the Bidding documents.

ii) in the form of a demand draft/pay order from

Nationalized or Scheduled Bank in Pakistan in favor

of “ National Database & Registration Authority

(NADRA) TDP-ERP, Islamabad”

ITB 16.1 Bid validity period:

The period of Bid validity shall be 90 (Ninety) days after the

deadline for Bid submission specified in the BDS.

ITB 17.1 The number of copies of the Bid to be completed and submitted

shall be: 1 Original + 1 Copy

ITB 18.2 (a) The Purchaser’s address for the purpose of Bid submission is:

Attention: Mr. Rizwan Khalid

Procurement Specialist

FATA TDP-ERP

Address : 3rd Floor, G-10 Project Office, Regional Head Office

(RHO) Mauve Area, G-10/4,, National Database & Registration

Authority (NADRA) City: Islamabad

ZIP Code: 44000

Country: : Pakistan

Telephone: +92-51-9039-2255

Facsimile number: +92-51-9108352

ITB 18.2 (b) IFB title and number: Renovation/Up gradation of Sites for FATA

TDP-ERP

NCB/TDP-R-U/93

ITB 19.1 The deadline for submission of bids shall be:

Time: Up to 2.30 p.m. (local time)

Date: 10th October 2019

ITB 22.1 Bids will be opened at 3.00 p.m. (local time) of the day 10th

October 2019 at the following address:

National Database & Registration Authority (NADRA) ,

Conference Room, 3rd Floor, G-10 Project Office, Regional Head

Office (RHO) Mauve Area, G-10/4, Islamabad, Pakistan

Bid Evaluation

ITB 25.3 Evaluation will be done for complete 100% required quantity &

Delivered Duty Paid (DDP) Price basis i.e. inclusive of all costs.

Page 10: Standard Bidding Documents - FATA TDP (ERP)

8 Part Two - Section II. Bid Data Sheet

Contract Award

ITB 29.1 The maximum percentage by which quantities may be increased is:

15%

The maximum percentage by which quantities may be decreased is:

15%

Page 11: Standard Bidding Documents - FATA TDP (ERP)

9

Section III. Special Conditions of Contract

Table of Clauses 1. DEFINITIONS (GCC CLAUSE 1) .......................................................................................................... 10

2. COUNTRY OF ORIGIN (GCC CLAUSE 3) .............................................................................................. 10

3. PERFORMANCE SECURITY (GCC CLAUSE 7)....................................................................................... 10

4. INSPECTIONS AND TESTS (GCC CLAUSE 8) ......................................................................................... 11

5. PACKING (GCC CLAUSE 9) ................................................................................................................ 11

6. DELIVERY AND DOCUMENTS (GCC CLAUSE 10) ................................................................................. 11

7. INSURANCE (GCC CLAUSE 11) ........................................................................................................... 11

8. INCIDENTAL SERVICES (GCC CLAUSE 13) .......................................................................................... 11

9. SPARE PARTS (GCC CLAUSE 14) ........................................................................................................ 12

10. WARRANTY (GCC CLAUSE 15) ......................................................................................................... 12

11. PAYMENT (GCC CLAUSE 16) ........................................................................................................... 12

12. PRICES (GCC CLAUSE 17) ............................................................................................................... 12

13. LIQUIDATED DAMAGES (GCC CLAUSE 23) ...................................................................................... 12

14. RESOLUTION OF DISPUTES (GCC CLAUSE 28) ................................................................................. 13

15. GOVERNING LANGUAGE (GCC CLAUSE 29) ..................................................................................... 13

16. NOTICES (GCC CLAUSE 31) ............................................................................................................. 13

Page 12: Standard Bidding Documents - FATA TDP (ERP)

10 Part Two - Section III. Special Conditions of Contract

Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract. The corresponding clause number of the GCC is indicated

in parentheses.

1. Definitions (GCC Clause 1)

GCC 1.1 (g)—The Purchaser is: National Database & Registration Authority

(NADRA), Islamabad.

GCC 1.1 (h)—The Purchaser’s country is: Pakistan

GCC 1.1 (j)—The Project Site is: As specified in Section IV. Schedule of

Requirements.

2. Country of Origin (GCC Clause 3)

All countries and territories as indicated in Part Two Section VII of the bidding

documents, “Eligibility for the Provisions of Goods, Works, and Services in

Bank-Financed Procurement”.

3. Performance Security (GCC Clause 7)

GCC 7.1—The amount of performance security, as a percentage of the Contract Price,

shall be: (10) percent of the Contract Price, in shape of unconditional &

irrevocable Bank Guarantee as per the format provided with the Bid Document

from any scheduled Bank of Pakistan.

GCC 7.4—After delivery and acceptance of the Goods, the performance security shall

be released.

Page 13: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section III. Special Conditions of Contract 11

4. Inspections and Tests (GCC Clause 8)

GCC 8.1—Inspection and tests prior to shipment of Goods and at final acceptance are

as follows:

The Purchaser or its representative shall inspect and/or test the supplies before

shipment at bidders’ location and/or at the destination to confirm their conformity to the

Contract specifications at no extra cost to the Purchaser.

5. Packing (GCC Clause 9)

GCC 9.2— Packing Instructions: The Supplier will be required to make separate packages

for each LOT. Each package will be typed or written in indelible ink with the following:

(i) Project:

(ii) Contract No & Lot No:

(iii) Country of Origin of Goods:

(iv) Supplier‘s Name:

(v) Packing List:.

6. Delivery and Documents (GCC Clause 10)

GCC 10.3—Upon shipment, the Supplier shall notify the Purchaser the full details of

the shipment, including Contract number, description of Goods, quantity and usual

transport document. The Supplier shall mail the following documents to the Purchaser:

(i) copies of the Supplier’s invoice showing Goods’ description, quantity, unit price,

and total amount;

(ii) original and two copies of the usual transport document (for example, a

negotiable bill of lading, a non-negotiable sea waybill, an inland waterway

document, an air waybill, a railway consignment note, a road consignment note,

or a multimodal transport document) which the buyer may require to take the

goods;

(iii) copies of the packing list identifying contents of each package;

(iv) Manufacturer’s or Supplier’s warranty certificate;

7. Insurance (GCC Clause 11)

GCC 11.1— The Goods supplied under the Contract shall be delivered duty paid

(DDP) under which risk is transferred to the buyer after having been delivered, hence

insurance coverage is sellers responsibility.

8. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are:

Page 14: Standard Bidding Documents - FATA TDP (ERP)

12 Part Two - Section III. Special Conditions of Contract

NA.

9. Spare Parts (GCC Clause 14)

NA

10. Warranty (GCC Clause 15)

NA

11. Payment (GCC Clause 16)

GCC 16.1— The method and conditions of payment to be made to the Supplier under

this Contract shall be as follows:

Payment for Goods supplied: Payment shall be made in Pak. Rupees in the following manner:

(i) Advance Payment: Ten (10) percent of the Contract Price shall be paid within

thirty (30) days of signing of the Contract, and upon submission of claim and a

bank guarantee for equivalent amount valid until the Goods are delivered and in

the form provided in the bidding documents or another form acceptable to the

Purchaser.

(ii) On Delivery: Eighty (80) percent of the Contract Price of the Goods delivered

shall be paid against inspection certificate and upon submission of documents

specified in GCC Clause 10.

(iii) On Acceptance: Ten (10) percent of the Contract Price of Goods received shall

be paid within thirty (30) days of receipt of the Goods upon submission of claim

supported by the acceptance certificate issued by the Purchaser.

Payment of local currency portion shall be made in PKR within thirty (30) days of

presentation of claim supported by a certificate from the Purchaser declaring that the

Goods have been delivered and that all other contracted Services have been performed.

Income/withholding tax shall be deducted at source as per applicable

taxation laws, while making the payments.

12. Prices (GCC Clause 17)

The prices charged for the Goods supplied shall not be adjustable.

13. Liquidated Damages (GCC Clause 23)

Page 15: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section III. Special Conditions of Contract 13

GCC 23.1—Applicable rate: Applicable rates shall not exceed one half (0.5) % per day

and the maximum shall not exceed 10 % of the contract price.

14. Resolution of Disputes (GCC Clause 28)

GCC 28.3—The dispute resolution mechanism to be applied pursuant to GCC Clause

28.2 shall be as follows:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall be

referred to adjudication or arbitration in accordance with the laws of the Purchaser’s

country.

15. Governing Language (GCC Clause 29)

GCC 29.1—The Governing Language shall be: English

16. Applicable Law (GCC Clause 30)

GCC 30.1-The Contract shall be interpreted in accordance with the laws of Islamic

Republic of Pakistan.

17. Notices (GCC Clause 31)

GCC 31.1—Purchaser’s address for notice purposes:

Attention: Mr. Rizwan Khalid

Procurement Specialist

FATA TDP-ERP

Address: 3rd Floor, G-10 Project Office, Regional Head Office (RHO)

Mauve Area, G-10/4, National Database & Registration Authority (NADRA) City: Islamabad, ZIP Code: 44000, Country: Pakistan

Telephone: +92-51-9039-2255, Facsimile number: +92-51-9108352

Electronic mail address: [email protected]

Supplier’s address for notice purposes:

Page 16: Standard Bidding Documents - FATA TDP (ERP)

14 Part Two - Section III. Special Conditions of Contract

Attachment to SCC: Sample Price Adjustment Formula

Not used.

Page 17: Standard Bidding Documents - FATA TDP (ERP)

15

Section IV. Schedule of Requirements

Schedule of Requirements The delivery schedule expressed as days stipulates hereafter a delivery date which is the date

of delivery required.

LOT (s) No. Addresses Quantity Delivery Schedule

LOT No.1 Basic Health Unit(BHU) Kotkai

Charmang,Tribal District Bajaur

,KPK.

As per

Section V

45 days from the date

of contract signing.

LOT No.2 Category-D Hospital Mamund, Tribal

District Bajaur,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.3 Rural Health Center Maimool Barang,

Tehsil Maimool Barang, Tribal

District Bajaur,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.4 DHQ Hospital Ghalanai, Tehsil

Ghalanai, Tribal District

Mohmand,KPK

As per

Section V

45 days from the date

of contract signing

LOT No.5 Rural Health Center (RHC)

Ekkaghund, Tehsil Ekkaghund, Tribal

District Mohmand, KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.6 Tehsil Office Near FC Fort Spinwam,

Tribal District, North Waziristan

,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.7 Basic Health Unit (BHU) Asim

Shaheed Naka, Tehsil Ghilzo, Tribal

District, Orakzai,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.8 GSM Kuraiz, Ali Kalay, Tribal

District, Orakzai,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.9 Government Boys School Khar Kali,

Tribal District Kurram,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.10 MHF(Modern Health Facility) Ladha,

Tehsil Ladha, Tribal District ,South

Waziristan,KPK.

As per

Section V

45 days from the date

of contract signing

LOT No.11 NADRA Office Waana Tehsil

Building near PTCL Exchange

Waana, Tribal District, South

Waziristan, KPK.

As per

Section V

45 days from the date

of contract signing

Page 18: Standard Bidding Documents - FATA TDP (ERP)

16 Part Two - Section VI. Sample Forms

Section V. Technical Specifications

Bill of Quantities

LOT: 01

BOQ for Up-gradation of OSS to CFC- Kotkai Charmang BHU Address: Basic Health Unit(BHU) Kotkai Charmang, Bajaur District

S.No. Item Description QTY/SFT

1. Flooring

i. Porcelain 2'x2' in approved color and design

ii. Cement Sand Plaster before Tile Work

iii. Skirting 4''

3200.00

600.00

2. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

3000.00

Page 19: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 17

3. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

15000.00

4. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

5. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth.

1,000.00

6. Windows

Blinds Roller Blinds as per approved color 750.00

LOT: 02

BOQ for Up-gradation of OSS to CFC- Lar Khalazo Mamund Address: Category-D Hospital Mamund, District Bajaur

Page 20: Standard Bidding Documents - FATA TDP (ERP)

18 Part Two - Section VI. Sample Forms

S.No. Item Description QTY/SFT

1. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

1500.00

2. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

3. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1000.00

4. Windows

Blinds Roller Blinds as per approved color 750.00

Page 21: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 19

5. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

200.00

6. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

LOT: 03

BOQ for Up-gradation of OSS to CFC- Maimool Barang Address: Rural Health Center Maimool Barang, Tehsil Maimool Barang,

Bajour District

S.No. Item Description QTY/SFT

1. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

3000.00

Page 22: Standard Bidding Documents - FATA TDP (ERP)

20 Part Two - Section VI. Sample Forms

Equivalent) as per structure design, white color with

one year warranty.

2. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

14,600.00

3. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

4. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1,000.00

5. Windows

Blinds Roller Blinds as per approved color 750.00

6. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

200.00

7. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

Page 23: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 21

LOT: 04

BOQ for Up-gradation of OSS to CFC- Ghalanai Address: DHQ Hospital Ghalanai, Tehsil Ghalanai, Mohmand District

S.No. Item Description QTY/SFT

1. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

3000.00

2. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

11,000.00

3. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

Page 24: Standard Bidding Documents - FATA TDP (ERP)

22 Part Two - Section VI. Sample Forms

4. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1,000.00

5. Windows

Blinds Roller Blinds as per approved color 750.00

6. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

7. Plastering Parking Bath 5’x5’, tile work, finishing with all accessories (if required).

02 No.

LOT: 05

BOQ for Up-gradation of OSS to CFC- Ekkaghund Address: Rural Health Center (RHC) Ekkaghund, Tehsil Ekkaghund, Mohmand District

Page 25: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 23

S.No. Item Description QTY/SFT

1. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

3100.00

2. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

3. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1000.00

4. Windows

Blinds Roller Blinds as per approved color 750.00

Page 26: Standard Bidding Documents - FATA TDP (ERP)

24 Part Two - Section VI. Sample Forms

5. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

200.00

6. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

7. Construction (2 Washrooms) to be constructed, complete in all respect.

1 Job

8. Main Gate Entrance

01 Main Gate ( L11 x 6W, MS Pipe with concrete pillar and installation complete in all respect)

66 SFT

LOT: 06

BOQ for Up-gradation of OSS to CFC- Spinwam Address: Tehsil Office Near FC Fort Spinwam, North Waziristan District

S.No. Item Description QTY/SFT

1. Flooring

i. Porcelain 2'x2' in approved color and design

ii. Cement Sand Plaster before Tile Work

iii. Skirting 4''

4000.00

600.00

Page 27: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 25

2. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

4000.00

3. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

16000.00

4. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

5. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1,000.00

Page 28: Standard Bidding Documents - FATA TDP (ERP)

26 Part Two - Section VI. Sample Forms

6. Windows

Blinds Roller Blinds as per approved color 750.00

7. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

00.00

8. Wood Partition

Cabinets Storage with 16’’ depth

00.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

500.00

9. Plastering Plastering of wall 500 sqft

10. Water Boring Water Boring including all

accessories. 300 sqft

LOT: 07

BOQ for Up-gradation of OSS to CFC- Ghizlo Address: Basic Health Unit (BHU) Asim Shaheed Naka, Tehsil Ghilzo, Orakzai District

S.No. Item Description QTY/SFT

1. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

10500.00

2.

Fire Extinguisher

System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

Page 29: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 27

3. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1000.00

4. Windows

Blinds Roller Blinds as per approved color 750.00

5. Water Boring Water Boring As per Actual

6. Water Tank Water Tank (Plastic) 600 Gallons

LOT: 08

BOQ for Up-gradation of OSS to CFC- Kuraiz Address: GSM Kuraiz, Ali Kalay, Orakzai District

S.No. Item Description QTY/SFT

1.

Flooring

i. Porcelain 2'x2' in approved color and design

ii. Cement Sand Plaster before Tile Work

iii. Skirting 4''

2300.00

500.00

2. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

2500.00

Page 30: Standard Bidding Documents - FATA TDP (ERP)

28 Part Two - Section VI. Sample Forms

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

3. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

9100.00

4. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

5. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1000.00

6. Windows

Blinds Roller Blinds as per approved color 750.00

7. Wood Partition Cabinets Storage with 16’’ depth

490.00

8. Dismantling Room Walls, Wash rooms 1 Job

Page 31: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 29

LOT: 09

BOQ for Up-gradation of OSS to CFC- Sadda Address: Government Boys School Khar Kali, Kurram District

S.No. Item Description QTY/SFT

1. Flooring

i. Porcelain 2'x2' in approved color and design

ii. Cement Sand Plaster before Tile Work

iii. Skirting 4''

4000.00

600.00

2. Electrical

As per design Complete Job including supply, installation,

testing & commissioning i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-6)Job

complete in all respect. iii. Removing of existing

ceiling lights and fixing of new 18 W LED Ceiling Down light (Philips or Equivalent) as per structure design, white color

with one year warranty.

4,000.00

3. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

14,800.00

4. Fire Extinguisher

System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

Page 32: Standard Bidding Documents - FATA TDP (ERP)

30 Part Two - Section VI. Sample Forms

5. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1,000.00

6. Windows Blinds

Roller Blinds as per approved color 750.00

7. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

200.00

8. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

9. GENSET

Installation

Dismantling & Shifting from previous site (Distance of 4-5 KM) to new site, preparation of Concrete Base (8'-L,4'-W,6'' inch deep & 1' height) for Generator, Electricity connectivity (4 core,16mm power cable, approx. 200 ft. length from GENSET site to DB) to Main Power Supply of the Building & earthing.

1 Job

10. Wash Room 3 Wash Rooms to be

constructed, complete in all respect.

5’x5’

11. Water Boring Water Boring 200 ft

12. Water Tank Water Tank Plastic 600 Gallon

LOT: 10

BOQ for Up-gradation of OSS to CFC-Ladha Address: MHF(Modern Health Facility) Ladha, Tehsil Ladha, South Waziristan Tribal

District

Page 33: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 31

S.No. Item Description QTY/SFT

1. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

1500.00

2. Paint

Two (02) Coats of Emulsion as per approved color and matching with the existing color

12,000.00

3. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

Page 34: Standard Bidding Documents - FATA TDP (ERP)

32 Part Two - Section VI. Sample Forms

4. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1000.00

5. Windows

Blinds Roller Blinds as per approved color 750.00

6. Construction 3 washrooms to be

constructed, complete in all respect.

5’x5’

7. Repair and

maintenance Walls Plastering and Misc.

work 01 Job

LOT: 11

BOQ for Up-gradation of OSS to CFC- Waana Address: NADRA Office Waana Tehsil Building near PTCL Exchange Waana, South

Waziristan District

S.No. Item Description QTY/SFT

1. Flooring

i. Porcelain 2'x2' in approved color and design

ii. Cement Sand Plaster before Tile Work

iii. Skirting 4''

3000.00

500.00

Page 35: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 33

2. Electrical

As per design Complete Job including supply,

installation, testing & commissioning

i. Copper Wiring (Pakistan Cable, FAST, Copper GAT or Equivalent),PVC Conduits, Schneider or Equivalent Circuit Breakers, Light

Sockets, switches, distribution Boards (01 x

Power ,02 x Light plug point and 01 x Network point per

desk),02 X AC Points connection complete in all

respect (without fans) ii.Cabling Network (CAT-

6)Job complete in all respect.

iii. Removing of existing ceiling lights and fixing of

new 18 W LED Ceiling Down light (Philips or

Equivalent) as per structure design, white color with

one year warranty.

3,000.00

3. Paint

Two (03) Coats of Emulsion as per approved color and matching with the existing color

18,000.00

4. Fire

Extinguisher System

Supply and Installation of fire extinguisher (10 KG cylinder for multipurpose) complete in all respect near DB.

02 No

5. Waiting Shed

Supply & Installation of Fiber Glass Shed (2mm Fiber glass thickness ,3’’ inch (16 Guage) round main pole M.S pipe, Upper Column 4 ft x 4ft, upper frame 2’’x1’’16 Guage ,with concrete base 2 ft depth

1,000.00

Page 36: Standard Bidding Documents - FATA TDP (ERP)

34 Part Two - Section VI. Sample Forms

6. Windows

Blinds Roller Blinds as per approved color 750.00

7. Partition

Glass (non-tempered) door Partition complete in all respect including door12mm - ATM Site

200.00

8. Wood Partition

Cabinets Storage with 16’’ depth

490.00

MDF Lamination 3'' Partition with Fabric 18'' from Top (front Leaping 3’’ by 0.5’’ side)

700.00

9. Marble Finishing work (If required) 300.00

10. Repair and

Maintenance Walls Plastering and Misc. work

1 Job.

11. Roof Top Roof Repairing 3,000 sqft

12. Doors/

Windows

03x Aluminum doors fixing 2mm Aluminum, Glass (8mm) door along with

frost paper complete in all respect, Windows Repair

1 Job

13. Construction 2x Wash room to be

constructed, complete in all respects.

5’x5’

Page 37: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 35

Section VI. Sample Forms

Sample Forms 1. BID FORM AND PRICE SCHEDULES .................................................................................................... 36

2. BID SECURITY FORM ......................................................................................................................... 39

3. CONTRACT FORM .............................................................................................................................. 40

4. PERFORMANCE SECURITY FORM ....................................................................................................... 41

5. BANK GUARANTEE FOR ADVANCE PAYMENT ...................................................................................... 42

6. MANUFACTURER’S AUTHORIZATION FORM ....................................................................................... 43

Page 38: Standard Bidding Documents - FATA TDP (ERP)

36 Part Two - Section VI. Sample Forms

1. Bid Form and Price Schedules

Date:

Loan No:

IFB No:

To: [name and address of Purchaser]

Gentlemen and/or Ladies:

Having examined the bidding documents including Addenda Nos. [insert numbers], the

receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and

deliver [description of goods and services] in conformity with the said bidding documents for the

sum of [total bid amount in words and figures] or such other sums as may be ascertained in

accordance with the Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to

_____ percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Purchaser.

We agree to abide by this Bid for a period of [number] days from the date fixed for Bid

opening under Clause 22 of the Instructions to Bidders, and it shall remain binding upon us

and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract

between us.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state “none”)

We understand that you are not bound to accept the lowest or any bid you may receive.

Page 39: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 37

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 40: Standard Bidding Documents - FATA TDP (ERP)

38 Part Two - Section VI. Sample Forms

Price Schedule in Pak. Rupees

Name of Bidder . IFB Number . Page of .

1 2 3 4 5 6 7 Item Description Country of

origin

Quantity Unit price DDP

named place Total DDP

per item

Unit price of Delivered duty

paid (DDP) to final destination plus price of other incidental

services if required3

Signature of Bidder

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

3 Must be included if required under ITB 11.2

Page 41: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 39

2. Bid Security Form

Whereas [name of the Bidder] (hereinafter called “the Bidder”) has submitted its bid dated [date

of submission of bid] for the supply of [name and/or description of the goods] (hereinafter called “the

Bid”).

KNOW ALL PEOPLE by these presents that WE [name of bank] of [name of country], having our

registered office at [address of bank] (hereinafter called “the Bank”), are bound unto [name of

Purchaser] (hereinafter called “the Purchaser”) in the sum of for which payment well and truly

to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these

presents. Sealed with the Common Seal of the said Bank this _____ day of ____________

19____.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder

on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during

the period of bid validity:

(a) Fails or refuses to execute the Contract Form, if required; or

(b) Fails or refuses to furnish the performance security, in accordance with the

Instructions to Bidders;

we undertake to pay to the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand

the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of

one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including thirty (30) days after the period of bid

validity, and any demand in respect thereof should reach the Bank not later than the above

date.

[signature of the bank]

Page 42: Standard Bidding Documents - FATA TDP (ERP)

40 Part Two - Section VI. Sample Forms

3. Contract Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

Purchaser] of [country of Purchaser] (hereinafter called “the Purchaser”) of the one part and [name

of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief

description of goods and services] and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of [contract price in words and figures] (hereinafter called “the

Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) The Bid Form and the Price Schedule submitted by the Bidder;

(b) The Schedule of Requirements;

(c) The Technical Specifications;

(d) The General Conditions of Contract;

(e) The Special Conditions of Contract; and

(f) The Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the

goods and services and to remedy defects therein in conformity in all respects with the

provisions of the Contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the Contract Price or such

other sum as may become payable under the provisions of the contract at the times and in the

manner prescribed by the contract.

IN WITNESS whereof the parties here to have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Signed, sealed, delivered by the (for the Supplier)

Page 43: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 41

4. Performance Security Form

To: [name of Purchaser]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance

of Contract No. [reference number of the contract] dated ____________ 20_____ to supply

[description of goods and services] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall

furnish you with a bank guarantee by a reputable bank for the sum specified therein as

security for compliance with the Supplier’s performance obligations in accordance with the

Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of

the Supplier, up to a total of [amount of the guarantee in words and figures], and we undertake to

pay you, upon your first written demand declaring the Supplier to be in default under the

Contract and without cavil or argument, any sum or sums within the limits of [amount of guar-

antee] as aforesaid, without your needing to prove or to show grounds or reasons for your

demand or the sum specified therein.

This guarantee is valid until the _____ day of __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 44: Standard Bidding Documents - FATA TDP (ERP)

42 Part Two - Section VI. Sample Forms

5. Bank Guarantee for Advance Payment

To: [name of Purchaser]

[name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,

which amends Clause 16 of the General Conditions of Contract to provide for advance

payment, [name and address of Supplier] (hereinafter called “the Supplier”) shall deposit with the

Purchaser a bank guarantee to guarantee its proper and faithful performance under the said

Clause of the Contract in an amount of [amount of guarantee in figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and

irrevocably to guarantee as primary obligator and not as surety merely, the payment to the

Purchaser on its first demand without whatsoever right of objection on our part and without

its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and

words].

We further agree that no change or addition to or other modification of the terms of the

Contract to be performed thereunder or of any of the Contract documents which may be

made between the Purchaser and the Supplier, shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition, or

modification.

This guarantee shall remain valid and in full effect from the date of the advance payment

received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 45: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VI. Sample Forms 43

6. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Purchaser]

WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of

[name and/or description of the goods] having factories at [address of factory]

do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and

sign the Contract with you against IFB No. [reference of the Invitation to Bid] for the above goods

manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General

Conditions of Contract for the goods offered for supply by the above firm against this

Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the

Manufacturer. It should be included by the Bidder in its bid.

Page 46: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VII. Eligibility for the Provision of Goods, Works 30

and Services in Bank Financed Procurement

Section VII. Eligibility for the Provision of Goods, Works,

and Services in Bank-Financed Procurement

Eligibility for the Provision of Goods, Works and Services in Bank-Financed

Procurement

In accordance with Para 1.10 of the Guidelines: Procurement under IBRD Loans and

IDA Credits, dated January 2011, the Bank permits firms and individuals from all countries

to offer goods, works and services for Bank-financed projects. As an exception, firms of a

Country or goods manufactured in a Country may be excluded if:

Para 1.10 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits

commercial relations with that Country, provided that the Bank is satisfied that such

exclusion does not preclude effective competition for the supply of the Goods or Works

required, or

Para 1.10 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security

Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s

Country prohibits any import of goods from that Country or any payments to persons or

entities in that Country.

For the information of bidders, at the present time firms, goods and services from the

following countries are excluded from this bidding:

With reference to paragraph 1.10 (a) (i) of the Guidelines:

Goods of Israeli Origin or imported from Israel. [Government of Pakistan, Trade Policy

2012-15, Import Policy Order 2013, paragraph 5 (A) (ii).]

With reference to paragraph 1.10 (a) (ii) of the Guidelines:

Al-Qaida and Taliban and Associated Individuals and Entities [Securities and

Exchange Commission of Pakistan, Letter No. SMD/SE/2(216)/2010 dated January

15, 2015 adopted vide Gazette of Pakistan Statutory Notification S.R.O No.05 (I) 2015

dated January 7, 2015, Ministry of Foreign Affairs, Government of Pakistan.

Page 47: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VIII. Fraud and Corruption 45

1. Fraud and

Corruption

1.1 The Bank requires compliance with the Bank’s Anti-

Corruption Guidelines and its prevailing sanctions policies

and procedures as set forth in the WBG’s Sanctions

Framework, as set forth in Section VI.

1.2 In further pursuance of this policy, Bidders shall permit and

shall cause their agents (where declared or not),

subcontractors, subconsultants, service providers, suppliers,

and their personnel, to permit the Bank to inspect all

accounts, records and other documents relating to any initial

selection process, prequalification process, bid submission,

proposal submission, and contract performance (in the case

of award), and to have them audited by auditors appointed

by the Bank.

Page 48: Standard Bidding Documents - FATA TDP (ERP)

46 Part Two - Section VIII. Fraud and Corruption

Section VIII - Fraud and Corruption

1. Purpose

1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement

under Bank Investment Project Financing operations.

2. Requirements

2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders

(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-

consultants, service providers or suppliers; any agents (whether declared or not); and any

of their personnel, observe the highest standard of ethics during the procurement process,

selection and contract execution of Bank-financed contracts, and refrain from Fraud and

Corruption.

2.2 To this end, the Bank:

a. Defines, for the purposes of this provision, the terms set forth below as

follows:

i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly

or indirectly, of anything of value to influence improperly the actions of

another party;

ii. “fraudulent practice” is any act or omission, including

misrepresentation, that knowingly or recklessly misleads, or attempts to

mislead, a party to obtain financial or other benefit or to avoid an

obligation;

iii. “collusive practice” is an arrangement between two or more parties

designed to achieve an improper purpose, including to influence

improperly the actions of another party;

iv. “coercive practice” is impairing or harming, or threatening to impair or

harm, directly or indirectly, any party or the property of the party to

influence improperly the actions of a party;

v. “obstructive practice” is:

(a) deliberately destroying, falsifying, altering, or concealing of

evidence material to the investigation or making false

statements to investigators in order to materially impede a

Bank investigation into allegations of a corrupt, fraudulent,

coercive, or collusive practice; and/or threatening, harassing, or

intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation; or

(b) acts intended to materially impede the exercise of the Bank’s

inspection and audit rights provided for under paragraph 2.2 e.

below.

Page 49: Standard Bidding Documents - FATA TDP (ERP)

Part Two - Section VIII. Fraud and Corruption 47

b. Rejects a proposal for award if the Bank determines that the firm or individual

recommended for award, any of its personnel, or its agents, or its sub-

consultants, sub-contractors, service providers, suppliers and/ or their

employees, has, directly or indirectly, engaged in corrupt, fraudulent,

collusive, coercive, or obstructive practices in competing for the contract in

question;

c. In addition to the legal remedies set out in the relevant Legal Agreement, may

take other appropriate actions, including declaring misprocurement, if the

Bank determines at any time that representatives of the Borrower or of a

recipient of any part of the proceeds of the loan engaged in corrupt,

fraudulent, collusive, coercive, or obstructive practices during the

procurement process, selection and/or execution of the contract in question,

without the Borrower having taken timely and appropriate action satisfactory

to the Bank to address such practices when they occur, including by failing to

inform the Bank in a timely manner at the time they knew of the practices;

d. Pursuant to the Bank’s Anti- Corruption Guidelines, and in accordance with

the Bank’s prevailing sanctions policies and procedures, may sanction a firm

or individual, either indefinitely or for a stated period of time, including by

publicly declaring such firm or individual ineligible (i) to be awarded or

otherwise benefit from a Bank-financed contract, financially or in any other

manner;1 (ii) to be a nominated2 sub-contractor, consultant, manufacturer or

supplier, or service provider of an otherwise eligible firm being awarded a

Bank-financed contract; and (iii) to receive the proceeds of any loan made by

the Bank or otherwise to participate further in the preparation or

implementation of any Bank-financed project;

e. Requires that a clause be included in bidding/request for proposals documents

and in contracts financed by a Bank loan, requiring (i) bidders

(applicants/proposers), consultants, contractors, and suppliers, and their sub-

contractors, sub-consultants, service providers, suppliers, agents personnel,

f. permit the Bank to inspect3 all accounts, records and other documents relating

to the procurement process, selection and/or contract execution, and to have

them audited by auditors appointed by the Bank.

1 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without

limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a

nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in

respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any

existing contract. 2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service

provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the

bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow

the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities

undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as

evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such

activity includes but is not limited to: accessing and examining a firm's or individual's financial records and information, and

making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard

copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing

Page 50: Standard Bidding Documents - FATA TDP (ERP)

48 Part Two - Section VIII. Fraud and Corruption

staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of

information.